Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

66 -- AUTOCON III 300, BIVASCULAR VET

Notice Date
2/16/2023 2:27:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ2155548
 
Response Due
2/25/2023 10:00:00 AM
 
Archive Date
03/12/2023
 
Point of Contact
Margaret Schott, Phone: 4063759815
 
E-Mail Address
margaret.schott@nih.gov
(margaret.schott@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RFQ-RML-2155548. �� This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and ��� �� clauses are those in effect through Federal Acquisition Circular (FAC) 2022-05 effective March 7, 2022. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000 employees. This acquisition is being posted as a Brand Name or Equal without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID), Office of Operations Management is seeking to purchase the following brand name tools. The proposed purchase is for Brand Name or Equal products. The brand name, model/part number, and quantity are listed below: Manufacturer � Karl Storz Endoskope Minimum requirements for system AUTOCON III 300, BIVASCULAR VET Product code: UH301U (1 EACH) Touch screen control Interdisciplinary use Neutral electrode monitoring 400 Watt unipolar and 200 Watt bipolar output Automatic smoke evacuation with S-PILOT� from KARL STORZ CART FOR AUTOCON III 400 ESU Product code: 9700AC (1 EACH) Cap, Sealing 6mm Color Code: Black pk/5 Product code: 30100XA (2 packages) Silicone Leaflet Valve, 6mm Product code: 30120L1 (2 packages) Shipping/Handling total (must include any and all related charges) Other Technical Requirements Max. power bipolar� 200 Watt Max. power unipolar������������� 400 Watt connection socket for bipolar instruments� 1 x 2-pin US type, 2 x KARL STORZ connection socket for unipolar instruments������������� 1 x 3-pin US type, 1 x 5 mm KARL STORZ, 1 x 4 mm connector (via footswitch) connection socket for neutral electrode����� 1 x 2 pin Power supply������������� 100 � 127 VAC Output frequency����� 0,35/1 MHz Line frequency����������� 50/60 Hz Shipping � FOB DESTINATION� TO: Poolesville, MD 20837 These items are specific for the endoscopy is currently at NIHAC. Instrument must be capable to link our current protocols to the system currently in use. Continuity of instruments is a must to ensure that our critical operations are not interrupted. PLEASE INCLUDE: MANUFACTURER COUNTRY OF ORIGIN (Where products are manufactured) �� ESTIMATED TIME OF DELIVERY APPLICABLE SHIPPING AND HANDLING CHARGES TO Poolesville, MD 20837 (United States)� FOB - DESTINATION To be considered for award, vendors of �equal� products, including �equal� products of the brand-name manufacturer, must meet the following criteria for the salient characteristics of the line items listed above. mum size in this requirement: 28 inches wide x 28 inches depth. Place of Performance: ���������� NIH NIAID ���������� Poolesville, MD 20837 INSTRUCTIONS: NIAID requests responses from qualified sources capable of providing the requirements as outlined above. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision apply to this solicitation and is incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation if identified as �brand name or equal�, the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must � (1) Meet the salient physical, functional, or performance characteristics specified in the solicitation; (2) Clearly identify the item by � (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate �equal� products on-the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product(s), the offeror shall provide the brand name product referenced in the solicitation. (End of provision). Quote Instructions: All quotes shall include: price(s) (unit price, extended price, total price); documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s) Include the country of origin of the manufacturer of the required products. Confirmation of required delivery timeframe (FBO � Destination); point of contact: name, phone number & email DUNS # Country of Origin Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Vendor�s response being considered non-responsive and will therefore be eliminated from further consideration and award. EVALUATION: NIAID will evaluate all quotes to determine the most advantageous to the government. NIAID will make that determination based on the capability of each vendor�s quote to provide all requested products/services, meet the brand name or equal salient characteristics, provide the proposed products/service in a timely manner, warranty, and reasonable price. The Government�s objective is to obtain the highest technical solution considered necessary to achieve the project objectives with a reasonable price. In the event quotes are evaluated as equal in Technical evaluation, price will become a major consideration in selecting the successful Vendor. Award will be based on the Technical capability of the item offered to meet the stated salient characteristics, delivery, and price. SPECIAL NOTICE TO VENDORS Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. PROVISIONS AND CLAUSES The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein. The following FAR and HHSAR provisions and clauses apply to this acquisition: The following Federal Acquisition Regulations (FAR) provisions and clauses are incorporated by reference and full text versions may be accessed electronically at: https://www.acquisition.gov/far/. The following FAR provisions apply to this acquisition: FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instructions to Offerors Commercial Items (Nov 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Dec 2022) FAR 52.204-7 System for Award Management (Oct 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Dec 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2022) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be e-mailed to Margaret Schott, margaret.schott@nih.gov. Offers shall include RFQ number in the subject line (RFQ-RM-2155548) and include the appropriate DUNS number to use and manufacturer�s country of origin. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to margaret.schott@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aaf52d74056d47cc8b65649d3e38cca4/view)
 
Place of Performance
Address: Poolesville, MD 20837, USA
Zip Code: 20837
Country: USA
 
Record
SN06594335-F 20230218/230216230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.